Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

66 -- Heating and Cooling Stage for X-ray Absorption and Raman Measurements

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SB1341-07-RQ-0091
 
Response Due
2/23/2007
 
Archive Date
3/10/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-14. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested quoters may submit a quote. The National Institute of Standards and Technology (NIST), has a requirement for a Heating and Cooling Stage for X-ray Absorption and Raman Measurements. LINE ITEM 0001: Quantity one (1) each Heating and Cooling Stage for X-ray Absorption and Raman Measurements, meeting all of the following required specifications: 1) Temperature range: minus196 degrees Celsius to 600 degrees Celsius; 2) Temperature stability: Less than 0.1 degrees Celsius; 3) Temperature control accurate to 0.01 degrees Celsius; 4) Enclosing chamber must be gas tight for atmospheric (nitrogen or helium) control with transparent front and back windows; 5) The front and back windows must be less than 0.2 mm thick, 20 mm in diameter, and be replaceable in less than 15 minutes; 6) The heater must be of the contact (not radiation) type, made of silver metal, and must incorporate a conical aperture with a diameter increasing from the front to the back surface. Additional requirements to the heater are as following: a) The aperture diameter at the front surface of the heater must be no less than 4.5 mm and a conical angle must be no less than 45 degrees; b) For the incident beam entering at 45 degrees to the sample surface, the transmitted and reflected (at 90 degrees) beams must be able to pass through the back and front windows, respectively; c) The thickness of the heater must not exceed 8 mm; 7) The body of the stage must be water cooled for high temperature work (Greater than 300 degrees Celsius); 8) Sample translation (X, Y): minimum 16 mm; 9) Sample area: not less than 20 mm diameter; 10) The stage must feature a capability for introducing a liquid sample without removing the lid; 11) The stage body size must not exceed 150 mm x 100 mm x 25 mm; 12) The stage must be operable in both horizontal and vertical orientation; 13) The stage holder for its operation in a vertical orientation must be included; 14) The system must incorporate a temperature programmer. The programmer must: a) enable controlled heating and cooling rates ranging from 0.1 degrees Celsius per minute to 100 degrees Celsius per minute; b) enable programmable temperature profiles with at least 30 ramps; c) include a temperature display up to 0.01 degrees Celsius; d) enable profile interruption at any point with the hold time ranging from 0 hours to 10 hours; e) incorporate an interface for a computer control (Windows 2000 or Windows XP); 17) The system must include a liquid nitrogen cooling capability with the following requirements: a) must cool the stage down to minus 196 degrees Celsius; b) cooling rates ranging from 0.1 degrees Celsius per minute to 100 degrees Celsius per minute; c) must utilize unpressurized liquid nitrogen; d) system must have a mechanism to prevent window condensation; e) system must include two pumps controlled automatically by the temperature controller AND manually through selection of the pump speeds; f) system must include a 25 liter liquid nitrogen dewar, a siphon that is compatible with the dewar, and the thermal stage to ensure a continuous operation for 24 hours; g) system must include a purge line to flush a sample chamber with dry nitrogen gas; h) system must include insulated tubing to eliminate liquid nitrogen losses; i) system must include a filter to prevent blockage from ice. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov Delivery terms shall be FOB Destination. Delivery shall be completed not later than 12 weeks after receipt of order. FOB DESTINATION MEANS: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and Price. Technical Capability and Past Performance, when combined, are equal in importance to price. Past Performance and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b) (10) and/or the quoter?s recent and relevant procurement history with NIST or its affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Quoters must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.225-1 Buy American Act?Supplies; (26) 52.225-13 Restriction on Certain Foreign Purchases; and (31) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 and all technical evaluation criteria, 2) A Description of the commercial warranty. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on February 23, 2007. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Place of Performance
Address: Ship to:, Brokehaven National Laboratory, Building 725 Stockroom, Upton, NY
Zip Code: 11973
Country: UNITED STATES
 
Record
SN01232714-W 20070217/070215220311 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.